Contract

Termination of Pregnancy Service NHS Norfolk and Waveney ICB

  • NHS Norfolk & Waveney Integrated Care Board

F03: Contract award notice

Notice identifier: 2024/S 000-037326

Procurement identifier (OCID): ocds-h6vhtk-04891f

Published 19 November 2024, 11:05am



Section one: Contracting authority

one.1) Name and addresses

NHS Norfolk & Waveney Integrated Care Board

County Hall, Martineau Ln

Norwich

NR1 2DH

Email

david.bailey1@nhs.net

Country

United Kingdom

Region code

UKH15 - Norwich and East Norfolk

Internet address(es)

Main address

https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/

Buyer's address

https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Termination of Pregnancy Service NHS Norfolk and Waveney ICB

Reference number

NW2024-72 (C298776)

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Norfolk and Waveney ICB sought expressions of interest for the provision of a Termination of Pregnancy Service.

The aim of this service was to ensure that all women and people who are pregnant in Norfolk and Waveney have access to evidence-based, quality abortion advice and care in line with existing national guidance.

Core aims:

• To improving access
• To minimising waiting times with no unnecessary delay
• To give choice of procedure & location
• To ensuring privacy and convenience
• To reducing stigma
• To following evidence-based pathways that deliver safe and effective care

Patients can expect that:

All providers must be registered by the relevant independent healthcare regulators (CQC in England, HIW in Wales) and are accountable to them for delivery of care to Fundamental Standards (CQC) and Health and Care Standards (HIW).
Providers must ensure patients can receive the full range of services and must not “cherry-pick” cases so as to undermine local services. Where a provider does not provide a particular service within an ICS / Health Board area, the patient must be informed that they may need to travel to access this type of care and about all the alternative choices available locally.
Providers should act collaboratively to ensure care pathways are seamless, and always put the patient’s interests first by directing them to services that best fit their needs.

The proposed contract is for a period of 3 years with the option to extend for an additional 2 years. The anticipated contract value is circa £1,800,000 per annum.

To apply for this opportunity provider were asked to register via the Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Project
C298776

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £8,998,790

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

Norfolk and Waveney

two.2.4) Description of the procurement

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.

This service was tendered for a Provider to offer a full range of abortion services, either themselves or in collaboration with other providers.

The pathway will include provision of:

• Direct access to the service via self-referral, without need for medical referral. Patients should not have any restrictions in their choice of provider and can opt for a service that is not the most local (e.g. to access lower waiting times, choice owing to a past good or poor experience, to receive care in a different location.

• Assessment by phone or video call or face-to-face according to preference, and treatment in a range of settings including in the community and through no-test telemedicine abortion where appropriate. If patients prefer a face-to face assessment, this should be available locally.

• Medical or surgical abortion up to 24 weeks’ gestation.

• For early medical abortion, to have the option of expulsion at home.

• Surgical abortion available at all gestations up to 24 weeks, with availability of local anaesthesia and conscious sedation.

• These choices should be available to all patient groups, including young people (i.e. under 18 and those aged under 25 in local authority care).

• Not all choices will be available at all locations, and travel may be necessary to access more complex care options (e.g. later gestation, general anaesthesia)

• Assessment within 1 week of the request

• Provide the abortion within 1 week of the assessment for women who decide to go ahead with an abortion.

• Gynaecology care, with more complex care (e.g. later gestations or co-morbidities) will be delivered by regional or, in the most complex cases, national centres.

This is an existing service and the proposed award is to the existing provider, having undertaken a Competitive process, in line with PSR requirements.

The proposed contract is for a period of 3 years with the option to extend for an additional 2 years.

The anticipated annual contract value is circa £1,800.000 per annum

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 37%

Quality criterion - Name: Integration, Collaboration & Service Sustainability / Weighting: 20%

Quality criterion - Name: Improving access, reducing health inequalities and facilitating Choice / Weighting: 13%

Quality criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Value / Weighting: 20%

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for an additional 2 years.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-025114


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 October 2024

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

British Pregnancy Advisory Service

Orion House, 2 Athena Drive, Tachbrook Park, , West Midlands,

Lemington Spa

CV34 6RQ

Country

United Kingdom

NUTS code
  • UKG33 - Coventry
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £8,998,790

Lowest offer: £5,399,274 / Highest offer: £8,998,790 taken into consideration


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by [Add date].

This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.’

If you have wish to make a written representation regarding this intention to award notice please contact nwicb.enquiries@nhs.net.

The intention to award decision was made by the ICB Steering Group 1st October 2024.

There were no declared conflicts identified during in relation to this process.

The Key Criteria weighting for this services was as follows:

Quality & Innovation - 37%
Value - 20%
Integration, Collaboration and Service Sustainability - 20%
Improving Access, Reducing - 13%
Social Value - 10%

The rationale for awarding to the preferred provider was that they have passed all pass/fail questions in the basic selection questionnaire and ranked as the highest scoring provider based on their overall Key Criteria score within this Provider Selection Process.

six.4) Procedures for review

six.4.1) Review body

NHS England

7&8 Wellington Place

Leeds

LS1 4AP

Country

United Kingdom

Internet address

https://www.england.nhs.uk//